Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s) I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Glasgow Airport Investment Area Lead Consultancy — Multi Disciplinary Services, Roads and Bridges.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Various locations within Renfrewshire and the wider Clyde Valley boundary.
NUTS code UKM35 Inverclyde
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Renfrewshire Council intends to appoint a suitably qualified and experienced organisation to provide consultancy services in relation to the Glasgow Airport Investment Area — 1 of the Council's City Deal projects.
This requirement is for multi disciplinary services relating to roads and bridges including but not limited to project inception, option generation/appraisal, design and statutory procedure, assistance in the procurement and supervision of contractors.
Full details of the scope will be included within the Invitation to Tender.
II.1.6)Common procurement vocabulary (CPV)71311000 Civil engineering consultancy services, 73220000 Development consultancy services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Scope of services required will be provided included within the Pre Qualification Questionnaire with full and detailed scope of services included within the Invitation to Tender.
Estimated value excluding VAT: 3 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 72 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Any requirement will be detailed within the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment mechanism will be detailed within the Invitation to Tender. Payment terms will be 30 days from the date of correct and accurate invoices.
All pricing within the tender must be in sterling (GBP) and all payments will be made in the same.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to Pre Qualification Documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the Invitation to Tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
PQQ submissions must be sufficiently complete to enable a full and detailed evaluation of all components.
All candidates will be required to evidence the undernoted insurance requirements, any candidate unable to evidence the levels required must state commitment to obtaining limits prior to the award of contract.
Employers Liability 5 000 000 GBP.
Professional Indemnity 5 000 000 GBP.
Public Liability 5 000 000 GBP.
Statutory third party motor vehicle cover in accordance with the provision of the current Road Traffic Act 1988 (as amended).
PQQ submissions must be sufficiently complete to enable a full and detailed evaluation of all components.
Candidate must evidence a minimum annual turnover of 4 000 000 GBP.
Candidates risk of business failure will be assessed by way of risk report provided independently by Dun and Bradstreet (D&B) candidates should evidence a minimum D&B failure score of 20 or above. It is recommended that candidates review their own D&B Failure Score in advance of PQQ submissions if, following this review, candidates consider that the D&B Failure Score does not reflect their current financial status; Candidates should follow instructions contained within the PQQ.
Suitable Health and Safety policies and practices.
Any other condition contained within the Pre Qualification Questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
As detailed in the documentation.
Minimum level(s) of standards possibly required: As detailed in the documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
All requirements in relation to technical capacity will be included within the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Bidders will be assessed on a pass/fail criteria for all elements included within the qualification section of the Pre Qualification Questionnaire.
Bidders will thereafter be assessed against the undernoted technical elements.
Competence 30 %.
Experience 40 %.
Capacity 20 %.
Customer Focus 10 %.
A minimum pass threshold of 40 % in relation to the Technical section will be enforced. Only those Bidders who pass all elements within the Qualification Envelope and thereafter achieve an overall score of above 40 % within the Technical Envelope will be considered.
It is envisaged that the top scoring 6 capable and eligible Bidders will be invited to submit an Invitation to Tender. Where less than 6 capable and eligible Bidders meet the minimum criteria, as detailed above, and provided the Council is satisfied that there is sufficient competition to deliver best value, all Bidders meeting the minimum criteria will be taken forward to the ITT stage of the tender process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RC1505_4060 PQQ-1233
IV.3.2)Previous publication(s) concerning the same contractPrior information notice
Notice number in the OJEU: 2015/S 59-103780 of 25.3.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate18.6.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.7.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The PQQ is available for download at www.publiccontractsscotland.gov.uk
The project number is 4060 and the PQQ number is 1233 Under the terms of this contract the successful consultant will be required to offer/deliver Community Benefits. Full details of this requirement will be provided within the Invitation to Tender.
Under the terms of this contract the successful consultant may be required to advertise sub consulting opportunities through the Public Contracts Scotland portal. Full details of this requirement will be provided within the Invitation to Tender.
Bidders should note that the anticipated contract duration contained within this notice is based on the indicative programme contained within the documentation. Final programme will be agreed with the employer following award.
(SC Ref: 398755).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 (SSI 2006/1) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:18.5.2015